Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27,1997 PSA#1918

Armament Contracting Division (WL/MNK), Building 13, 101 West Eglin Boulevard, Suite 337, Eglin AFB FL 32542-6810

A -- DEVELOP MULTIPLE EVENT HARD TARGET FUZE SOL MNK-97-015 (PART 2 OF 2) DUE 100697 POC JUDIE JACOBSON, 904-882-4294, ext. 3423 (PART 2 OF 2) C -- ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: 60 months total, consisting of 18 months for Phase I tasks, one month for final Phase I documentation in parallel with the Government downselect process, 30 months for Phase II tasks, and 11 additional months for the optional Phase III. Within the Phase I effort, 3 months is allocated for the requirements study and conceptual design tasks, and 15 months for the detailed design and component-level test tasks. Within the Phase II effort, 12 months is allocated for prototype fuze fabrication and tests, and 18 months for final fuze fabrication and cannon, howitzer, and sled tests. Fuze deliveries are anticipated at the start of the 11 month flight test support task for Phase III to follow immediately after Phase II; the contractor shall propose the option exercise date and fuze delivery schedule for Phase III. (2) Award: Expected Phase I award date is 8 January 1998 with an effective start date of not later than February 1998. Phase II award is expected 4Q99. (3) Government Estimate and Type of Contract: The Government anticipates awarding two Firm Fixed Priced (FFP) contracts at a funding of $1.0 to $1.25 million each for Phase I. Funding for the Phase I contracts is anticipated to be comprised of approximately 55% FY98 and 45% FY99 funds. This funding profile is an estimate only and is not a promise for funding, as all funding is subject to change due to availability and Government discretion. One Cost Plus Fixed Fee (CPFF) contract award is anticipated for Phase II. The Phase III effort will be a CPFF option to the Phase II contract. (4) Government Furnished Property: It is the offeror's responsibility to identify any equipment and facilities to be used whether contractor-owned and furnished or Government-owned and furnished. The Government will assist in providing Government-owned property or facilities as appropriate and if available. The Government will provide not more than four (4) FZU-HTSF wind turbine generators for use in development and testing. (5) Size Status. For the purpose of this acquisition, the size standard is 500 employees (SIC 8731). (6) Proprietary Items: The Government prefers that the proposed fuze design include no parts, materials, or software that are proprietary to the prime contractor. It is the offeror's responsibility to identify any proprietary materials, products, software, or processes to be used by the prime contractor and subcontractors in the performance of this program and to address acquisition of data rights or licenses, or expected recoupment of development costs for those proprietary items that will be integral to the fuze system. (7) Security Requirements: Portions of this program will be classified up to the SECRET NOFORN level. TEMPEST requirements will apply. Generation of classified material for this solicitation effort is authorized only on equipment approved for classified processing by Air Force TEMPEST authorities. (8) Other Special Requirements: International Traffic In Arms Regulations apply. D -- PROPOSAL PREPARATION INSTRUCTIONS: (1) General: Offerors should apply the restrictive notice prescribed in the provision at FAR 52.215-12, Restriction on Disclosure and Use of Data, to trade secrets or privileged commercial and financial information contained in their proposals. Offerors should consider instructions contained in the "Proprietary Information" and "When and How to Submit" sections of the AFMC Pamphlet 64-101, "Unsolicited Proposal Guide," copies of which are available by writing to: AFDTC/BC, 205 West D Avenue, Suite 449, Eglin AFB, FL 32542-6863 or telephone (850) 882-2843. AFMC Form 190, Policy Agreements, does not apply to Program Research and Development Announcements. Additional proposal questions should be directed to one of the points of contact listed in Part F. An unclassified written technical and cost proposal, submitted in separate volumes, is required. Volume 1 should provide the technical proposal addressing all three phases of the program and Volume 2 should address the price and cost details of the proposal. Volume 1 should be limited to a total of 50 pages, including resumes, charts, figures, tables, etc.; the proposed SOW and CDRLs may be included as an appendix of not more than 25 pages. The Government reserves the right to remove and return to the offeror any excess pages before evaluation starts. Cost proposals have no page limitations, however, offerors are requested to keep cost proposals to 50 pages as a goal. A page is defined to be one side of an 8.5 x 11 inch piece of paper with information on it. Minimum print size is 10 point type, or 12 pitch, with line spacing of not less than one and one half for the typeface used. Proposals shall be submitted in an original and 5 copies. Phase I contractors will be invited to submit an updated written proposal for the Phase II effort and Phase III option. All responsible sources may submit a proposal which shall be considered against the criteria set forth herein. Copies of the proposals may be forwarded, if the offeror authorizes in writing, to other interested government agencies for funding consideration. Authorization for limited reproduction and dissemination within Government Agencies and National Laboratories is requested. The cost of preparing proposals in response to this announcement is not considered an allowable direct charge to any resulting contract, or any other contract. It is, however, an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. Offerors are advised that only the Contracting Officer is legally authorized to contractually bind or otherwise obligate the Government. The U.S. Air Force reserves the right to select for award one, several, or none of the proposals received in response to this announcement. If selected for negotiations, qualifying offerors will be required to submit a subcontracting plan within ten (10) days of notice. (2) Initial Technical Proposal: The Volume 1 technical proposal shall include, as a minimum, a statement of work suitable for contract incorporation; the offeror's technical approach for the entire program; risk management procedures to be applied to the program; identification of key personnel, resources, and critical subcontractors; hardware and data deliverables; a proposed program schedule including deliveries for the entire program; and a summary of past performance. To facilitate timely completion of pre-award surveys, offerors are requested to identify their own and subcontractor facilities and personnel to be involved in handling of explosives and other hazardous materials. (3) Cost Proposal: Adequate price competition is anticipated. The Volume 2 cost proposal must include as a minimum a manhour breakdown by task; a cost element summary including labor, overhead, travel, G&A, etc.; and an SF1448 for the basic contract, Phase I, and an SF 1448 for each exercisable option for Phase II and Phase III; and payment schedule, for the entire program. Estimated costs for tests or historical data for similar efforts are requested for program office budgetary estimation and value estimation. (4) Phase II/III Update Proposal: The invitation for submittal of a written update proposal for the Phase II effort and the Phase III option will specify the submittal deadline. This update is intended as an opportunity to apply the results of component developments, design trade-offs, and management efficiencies of Phase I efforts. The update proposal may contain classified information up to SECRET NOFORN classification. The technical volume shall not exceed fifty (50) pages including any SOW and CDRL changes. The cost volume should be limited to 35 pages as a goal. E -- PROPOSAL EVALUATION: (1) Award Evaluation Criteria: The selection of none, one, or more sources for contract award shall be based on scientific and engineering evaluation of the proposals in response to this PRDA to determine best-value potential for the entire program. Proposals will be evaluated as received using the following factors. No other evaluation criteriawill be used in selecting the proposals. Technical and cost information will be evaluated at the same time. The factors are: (a) The overall technical merits of the written proposal, particularly with respect to achieving unit cost, miniaturization, and design performance goals, and logistics infrastructure. (b) The offeror's technical capabilities, related experience, facilities, resources, techniques, key personnel, subcontractors, and unique combinations of these which are integral factors for achieving the proposed objectives. (c) The offeror's past and present performance. (d) Reasonableness, realism, and completeness of proposed cost for the total program. (2) Downselect Evaluation Criteria: Downselect at the end of Phase I will consider the following factors: (a) Phase I performance and results with respect to contractual goals and objectives for technology and design development. (b) Overall technical merit of the updated proposal, particularly with regard to building on Phase I results to reach amature, ready-to-test design in Phase II. (c) The offeror's technical capabilities, related experience, facilities, resources, techniques, key personnel, subcontractors, and unique combinations of these which are integral factors for achieving the proposed objectives. (d) Phase I cost and schedule performance. (e) Reasonableness, realism, and completeness of proposed costs for the remainder of the program. F -- POINTS OF CONTACT: (1) Contracting and Cost: Ms Vicki Keider, Contracting Officer, (850) 882-9043, ext 3404, or Judie Jacobson, Contract Negotiator, (850) 882-4294 ext 3423, at WL/MNK, 101 W. Eglin Blvd., Suite 337, Eglin AFB, FL 32542-6810, or e-mail to keider@eglin.af.mil or jacobso@eglin.af.mil, respectively. The telefax number is (850) 882-9599. (2) Programmatic and Technical Issues: Ms Luann Cutler, (850) 882-2005 ext 218, or Mr Steven Smith, (850) 882-2005, ext 223, at WL/MNMF, 306 W. Eglin Blvd., Bldg 432, Eglin AFB, FL 32542-6810, or e-mail to cutler@eglin.af.mil or smiths@eglin.af.mil, respectively. The telefax number is (850) 882-2707. (3) Ombudsman: An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Potential offerors are invited to contact ASC Eglin's Ombudsman, Colonel Timothy R. Kinney, (850) 882-9051, with serious concerns only. General Information: This announcement and other general information is available via the World Wide Web at http://www.wlmn.eglin.af.mil. See numbered Note 26. (0234)

Loren Data Corp. http://www.ld.com (SYN# 0002 19970827\A-0002.SOL)


A - Research and Development Index Page